By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Technology Hub Building Project.

Contract award notice

Works

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Edge Hill University
St Helens Road
Contact point(s): Capital Developments Team
L39 4QP Ormskirk
UNITED KINGDOM
Telephone: +44 1695657124
E-mail:

Internet address(es):

General address of the contracting authority: http://www.edgehill.ac.uk

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract
Technology Hub Building Project.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Main site or location of works, place of delivery or of performance: Ormskirk Campus at Edge Hill University, St Helens Road, Ormskirk, Lancashire, L39 4QP.

NUTS code UKD43

II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Short description of the contract or purchase(s)
The project comprises the construction of a new Technology Hub, attached to the rear of the existing 3-storey
Levens Building. The Technology Hub will comprise a 3 storey new build building of circa 2 850 m2, comprising
circa 20 classrooms, a lecture theatre, offices and associated ancillary facilities.
The contractor for the Works will undertake the demolition of the existing single storey building to the rear of
the existing Levens Building (the 3 storey Levens building to be retained), services diversions / terminations
as required, reduced level dig and construction of substructure / foundation / slab works and the construction
of the shell and fit out elements of the building. These packages will include external walls, masonry, structural
frame, wall systems and contractor designed cladding systems, contractor designed window and curtain walling
systems, contractor designed roof systems, upper floors and stairs construction, screeds, internal fit-out of the
building, construction of internal partitioning and screens, floor, wall and ceiling finishes and decorations, joinery,
contractor designed mechanical and electrical installations, a replacement lift installation, and installation of
fixed furniture and equipment.
In addition to the above construction works, the contractor will also be required to undertake the external works.
This will comprise hard and soft landscaping, surface and foul water drainage systems and external services
infrastructure. This will be described in detail in the tender information.
The contractor will also be required to undertake a full contractor designed mechanical and electrical installation
which will include a highly sustainable design with use of low energy components and renewable technology
and likely to incorporate solar thermal, PV and CHP components, low energy systems and a wet heating
system. The building will be highly insulated with high performance windows and built to a sustainable standard.
The project will potentially be required to meet the requirements of a BREEAM Excellent rating.
The project is to be designed by the Client's appointed design team. The form of contract will be a JCT Standard
Building Contract with Quantities (2011). The design team will not be novated to the Principal Contractor.
II.1.5)Common procurement vocabulary (CPV)

45000000, 45100000, 45110000, 45200000, 45210000, 45300000, 45310000, 45320000, 45330000, 45350000, 45400000, 45410000, 45420000, 45430000, 45440000, 45450000, 45220000, 45453100, 45311000, 45311100, 45311200, 45312100, 45323000, 45324000, 45321000, 45331100, 45331110, 45331210, 45331220, 45332400, 45333000, 45333200

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Value: 5 859 198 GBP
Excluding VAT

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
1. Price. Weighting 50
2. Delivery Team. Weighting 5
3. Programme. Weighting 20
4. Site Logistics. Weighting 10
5. Delivery Approach. Weighting 10
6. Supply Chain. Weighting 5
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
1289-006
IV.3.2)Previous publication(s) concerning the same contract

Contract notice

Notice number in the OJEU: 2015/S 214-390659 of 5.11.2015

Section V: Award of contract

Contract No: 1289-006
V.1)Date of contract award decision:
7.3.2016
V.2)Information about offers
Number of offers received: 2
Number of offers received by electronic means: 2
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

John Turner Construction Group Limited
Preston Road Grimsagh
PR2 5SD Preston
UNITED KINGDOM
E-mail:
Telephone: +44 1772794830
Internet address: www.johnturner.co.uk

V.4)Information on value of contract
Total final value of the contract:
Value: 5 859 198 GBP
Excluding VAT
V.5)Information about subcontracting
The contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Proportion: 80 %
Short description of the value/proportion of the contract to be sub-contracted: As listed in the description of contract section of the Contract Award Notice.

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures
VI.3.2)Lodging of appeals
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
10.3.2016